SOLICITATION NOTICE
56 -- High Security Door, Frame, and Assembly Hardware
- Notice Date
- 4/8/2026 3:40:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- BASE KETCHIKAN(00035) KETCHIKAN AK 99901 USA
- ZIP Code
- 99901
- Solicitation Number
- 31130PR26000044
- Response Due
- 4/20/2026 9:00:00 AM
- Archive Date
- 05/05/2026
- Point of Contact
- Contracting Officer - Benjamin Reedy
- E-Mail Address
-
benjamin.r.reedy@uscg.mil
(benjamin.r.reedy@uscg.mil)
- Description
- This is a combined synopsis/solicitation for commercial products prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued. USCG Base Ketchikan has a requirement to procure one (1) new, complete high-security hollow metal door and frame assembly, in accordance with the Description/Specifications detailed herein. CLIN 0001 � High-Security Hollow Metal Door, Frame, and Hardware Assembly � 1 Each Section C: Description/Specifications C.1 SCOPE OF REQUIREMENT The contractor shall provide one (1) complete, new, and fully operational high-security hollow metal door and frame assembly. The requirement includes the door, frame, and all associated and compatible hardware necessary to meet the performance and security standards detailed in this document. C.2 APPLICABLE DOCUMENTS COMDTINST M5530.1C Federal Specification FF-L-2890 UL-634 ANSI/BHMA A156.4 C.3 MINIMUM SALIENT CHARACTERISTICS The complete assembly must meet or exceed the following minimum characteristics: C.3.1 Door and Frame: Hollow Metal (HM) Door and a two-piece ""Split"" Frame for a 3'0"" x 7'0"" (3070) opening in a 7-3/4"" thick wall; Right Hand (RH) swing; Factory-primed. C.3.2 Performance Ratings: Acoustic: Certified STC rating of 52 or higher. Radio Frequency: Certified 60 decibels (dB) or greater of RF attenuation. Certification: Offeror must provide independent lab certifications with their quote to prove compliance. C.3.3 Hardware Requirements: Lock: GSA-approved lock meeting FF-L-2890 with a 1/8-inch drill-resistant hard plate. Closer: Heavy-duty closer meeting ANSI/BHMA A156.4 Grade 1, factory-installed. Hinges, Egress, Seals: Heavy-duty non-removable pin hinges, a compatible single-motion egress device, and a complete set of acoustic/RF seals and threshold. C.3.4 IDS & Wiring Preparation: Factory-prepped with an internal wire raceway and an Armored or Electronic Power Transfer (EPT) device. Factory-prepped to accept a Government-installed UL-634, Level 2 High Security Switch (HSS). Section E: Inspection and Acceptance Acceptance will be performed at destination and is contingent upon verification of all components, receipt of all required STC/RF certifications, and visual inspection confirming items are free of damage. Section F: Deliveries or Performance Shop Drawings: Shall be delivered for Government review within 5 business days of contract award. Final Delivery: Shall occur within 14-16 weeks after Government approval of shop drawings. Shipping: All items shall be delivered FOB Destination to: USCG Base Ketchikan, 1300 Stedman St. Ketchikan, AK 99901. Evaluation�Commercial Products and Commercial Services, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Basis for Award: Lowest Price Technically Acceptable (LPTA). Technical Acceptability: To be rated ""Acceptable,"" the quote and its supporting documentation must demonstrate compliance with all minimum salient characteristics in Section C.3 on a ""Pass/Fail"" basis. Failure to provide sufficient documentation for any characteristic will result in the quote being deemed technically unacceptable. Price: The price evaluation will only be performed on quotes determined to be Technically Acceptable. Quotes shall be submitted via email to Benjamin Reedy at Benjamin.R.Reedy@uscg.mil. All contractual and technical questions must be submitted via email by 14 Apr, 2026 2:00 PM AKDT, to Benjamin Reedy at the email address above to be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1b73868874174881b5f6fd789ceb1d15/view)
- Place of Performance
- Address: AK 99901, USA
- Zip Code: 99901
- Country: USA
- Zip Code: 99901
- Record
- SN07772419-F 20260410/260408230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |